Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2011 FBO #3491
DOCUMENT

V -- Department of Veterans Affairs, Veterans Benefit Administration, Office of Diversity Management and Equal Employment Opportunity 2011 Workshop - Attachment

Notice Date
6/14/2011
 
Notice Type
Attachment
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Veterans Affairs;Atlanta VA Regional Office;1700 Clairmont Road;Decatur GA 30033
 
ZIP Code
30033
 
Solicitation Number
VA31611RP0011
 
Response Due
6/27/2011
 
Archive Date
6/30/2011
 
Point of Contact
Elaine Porter
 
E-Mail Address
9-5511<br
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation to negotiate a Firm Fixed Price type contract for Hotel Accommodations, Conference Space and Hotel Services located in the following geographic area: Washington, D.C. Request for Proposal VA316-11-RP-0011 is in accordance with FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This is NOT a solicitation for Event Planning Services or 3rd Party Event Planning Services. VA will not consider a proposal submitted by an offeror that is not a hotel. An offer which requires the Government to execute a separate agreement with a third party hotel shall be deemed technically unacceptable. The NAICS Code for this requirement is 721110 and the small business size standard is $7 million. This announcement/solicitation is solicited unrestricted, and constitutes the only solicitation document that will be issued. The Department of Veterans Affairs has a requirement for hotel accommodations, workshop space rental, and hotel services located in Washington, DC area, does not include Virginia or Maryland. The Veterans Benefit Administration (VBA) Office of Diversity Management and Equal Employment Opportunity (DM&EEO) is sponsoring the "2011 DM &EEO Workshop." The hotel must accommodate 60 sleeping rooms for Sunday, August 28 - September 2, 2011. The hotel must provide all requirements specified for workshop needs below, and must provide lodging rates within the stated federal government per diem rate for August 2011 of $157 and for September 2011 of $211. Hotel Lodging: We need 60 sleeping rooms per night Sunday, August 28, 2011, through Friday, September 2, 2011. 1. Dates of stay: August 28, 2011 - September 2, 2011 a total of 60 rooms per night Participants 60 rooms X 5 = 300 Rooms must be individual/private-sleeping rooms at the federal government per diem rate. The group should not be penalized for rooms not used. Daily Breakdown: 8/28 8/29 8/30 8/31 9/01 9/02 60 60 60 60 60 check out General Session: One general session room is required, approximately 4,000 square feet. Meeting space for the general session should be held on a 24-hour basis (some exclusions may apply if the hotel can guaranty that the room will be set one hour prior to the start of the general session each day). Room setup and AV equipment setup should be completed by 1:00 PM on Sunday, August 28, 2011. General session requirements begin at 8:00 am on Monday, August 29, 2011, through Friday, September 2, 2011. Set for 80 in crescent seating for six; there should be a head table (with 4 seats) on a riser to include a podium, with access to the riser by both ramp and steps. Ice water and glasses should be provided on each table with writing pads and pens. General session room must be without pillars/posts to obstruct view. Food/Beverage Requirements: Continental breakfast (fruit, pastry and coffee), mid morning refresh, and light PM refreshments are required for attendees Monday, August 29, 2011, through Thursday, September 1, 2011. A working lunch is requested for Wednesday, August 31, 2011. Continental breakfast only is requested for Friday, September 2, 2011. Audiovisual Equipment and Services: An on-site audiovisual department is required. Audiovisual equipment requirements include: five laptop computers (one in each room), six LCD projectors (two in general session), six large screens (two in general session; one in each breakout), five podium microphones (one in each room- only if needed), five remote controls for the laptops/projectors (one in each room), two lavaliere microphones (general session), four handheld microphones with table stands (general session), two handheld microphones (general session), one fax machine, one photocopier, two printers, one hub for drops from the T-1 line, one conference phone with speaker, one phone line for the fax machine, and one phone that can connect to an outside line. Also requested are two radios with headsets (handheld receivers) for communication with hotel staff. The general session room must be set with the laptop computer at a table at the side or back of the room (not at the podium). Registration Area: A registration area is needed on Sunday, August 28, 2011, from 12:00 pm to 6:00 pm. Preference for the registration area is in close proximity to the general session room (ideally directly outside the room). There should be two six ft tables with skirting, two to four chairs, and a large trash can. 2. Hotel Requirements: Government rate or lower Located in downtown Washington, DC (excluding Maryland and Virginia) Hotel must be registered and current with Central Contractor Registration (CCR) No penalty for rooms not used Continental Breakfast and light refreshments for afternoon breaks for 80 attendees from August 29 - September 2, 2011 One general session room to accommodate 80 One Luncheon accommodation for 80, with podium for the speaker Have government rates available for those attendees staying until September 4, 2011. Hotel must be in compliance with the Americans with Disabilities Act Hotel must have a DUNS and BRADSTREET number Hotel must be registered and current with Central Contractor Registration (CCR) All meeting space available on-site Hotel must have availability to put all participants in one hotel Direct access to onsite hotel representative during business hours Multiple restaurant options within 5 blocks of the hotel Onsite 24-hour security High speed internet access Onsite indoor fitness center No penalty for rooms not used 3 STAR and above rating Award will be made to the offeror determined to be the Best Value to the Government. Evaluation may be made with or without discussions with the offeror(s). The technical proposals will be evaluated and selection will be based on how the offeror's proposal best conforms to the requirements outlined in this solicitation. VA reserves the right to conduct an on-site inspection of offered facilities. Prices will be evaluated in terms of cost for accommodations and services, AV, and food/beverage. All responsible sources that can meet the requirements and provide items as listed above may respond to this solicitation by submitting cost and technical proposals, hotel contract and descriptive literature. The following provisions and clauses shall apply to this solicitation: 52.252-2 Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far (FAR) and http://www.va.govoa&mm/vaar/ (VAAR); 52.212-1 Instructions to Offerors Commercial Items; 52.212-2 Evaluation Commercial Items: Technical Proposal and Cost. Technical Proposal is more important than Cost. 52.212-3 Offeror Representations and Certification-Commercial Items. Offerors must include a completed copy of the FAR 52.212-3 Offeror Representations and Certification along with the offer/proposal; FAR 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes on Executive Orders Commercial Items and in accordance with FAR 12.603(c) (2)(xii) the following provisions under the clause apply (b)(11)-(b)(15), (b)(19)(i), (b)(21), (b)(25) (b)(26) applies if Government Purchase Card is used, (c)(1), (c)(2), and (c)(4); FAR 52.232-18 Availability of Funds; VAAR 852.270-4 Commercial Advertising; 852.237-70 Contractor Responsibilities; and 852.270-1 Representatives of Contracting Officers. Proposals shall include all information required in FAR 52.212-1, Schedule of Prices Offered, and a completed copy of provision FAR 52-212-3. This is an all electronic solicitation: Submit all prices, descriptive literature, technical proposal, and a completed Hotel Contract to elaine.porter@va.gov Questions related to this solicitation must be submitted by email (elaine.porter@va.gov) no later that 1:00 p.m. EDST June 16, 2011. No telephone inquiries will be accepted. Closing date for receipt of proposal is Monday, June 27, 2011 at 4:00 pm EDST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AtlVARO/Atl316VARO/VA31611RP0011/listing.html)
 
Document(s)
Attachment
 
File Name: VA-316-11-RP-0011 VA-316-11-RP-0011.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=209972&FileName=VA-316-11-RP-0011-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=209972&FileName=VA-316-11-RP-0011-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02472842-W 20110616/110614235504-2aa834db7367c0cc590aa2b715092b0a (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.